Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
www.thameswater.co.uk/procurement
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.thameswater.co.uk/procurement
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Smart Water Meters; Goods & Services
Reference number
FA1763
two.1.2) Main CPV code
- 38421100 - Water meters
two.1.3) Type of contract
Supplies
two.1.4) Short description
The supply of Smart Water Meters (SWM) including Local Communication Equipment (LCE) and Head End Systems (HES) to support collection of measurement data and meter events over LPWA networks employing NB-IoT (Narrow Band Internet of Things) for eventual submission to Thames Water applications.
The estimated gross value of this contract is £181.8 million broken down by each lot :
Lot Gross Value over 8 Year Term (ex-Vat)
Lot 1 (a) £133,346,309
Lot 1 (b) £48,499,826
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The Framework is divided into two Lots, Lot 1a and Lot 1b, each Lot shall have a separate Primary Supplier. A tenderer that applies for both Lots and ranks top on both will be awarded a Framework for only one of the Lots, that being at the discretion of Thames Water and/or based on the tenderer's preference, the overall scores in each Lot and Thames Water business needs under that Lot. Contracts will be awarded based on the award criteria stated in the contract documents.
Where a Tenderer that applies for both Lots and is awarded a Framework as a Primary Supplier in one of the lots, that Primary Supplier may also be awarded a Framework as a Reserve supplier to the second Lot. Where a Reserve Supplier is awarded a Framework Agreement, they may be awarded contracts in cases where the Primary Supplier is unable to deliver or satisfy Thames Waters business needs.
two.2) Description
two.2.1) Title
Supply of Concentric Smart Meters, NB-Iot Radio Modules (LCE) and associated Head End System
Lot No
1a
two.2.2) Additional CPV code(s)
- 38421100 - Water meters
- 38550000 - Meters
- 65500000 - Meter reading service
- 72322000 - Data management services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Thames Valley & London
two.2.4) Description of the procurement
The supply of Concentric Smart Water Meters (SWM) including Local Communication Equipment (LCE) and Head End System (HES) to support collection of meter data information (AMR/AMI) into Thames Waters Meter Data Management System (MDMS) enabling on going operational management of meters and LCE deployed over a NB-IoT LPWA network.
It is estimated that during the initial term up to 177,500 concentric meters of various sizes with an associated LCE (NB-IoT) and Head End service may be purchased at an estimated contract value of £18.5million over the initial three-year term and over the maximum term of the framework this could exceed £133.3 million.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £133,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years with options to extend either on 1, 2 ,3, 4 or 5 year increments
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
To be able to undertake a competitive tender when determining the award of a supplier to each lot and to achieve contract award by December 2023
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for an initial duration of 3 years, with options to extend either on 1,2,3,4 or 5 year increments up to a maximum overall term of 8 years. Any Call off contracts for services related to the Head End System (HES) to support collection of meter data information (AMR/AMI) into the Thames Water Meter Data Management System (MDMS) is required for the life time of the Smart Water Meters (SWM), which are estimated at between 10 and 12 years, this being the life of the Smart Water Meters. The call off contracts may therefore be required for the lifetime duration of assets following installation of the last SWM at the end of the 8-year framework term
two.2.14) Additional information
The business objective of this agreement during the initial term is defined by Green Economic Recovery (GER) funding made available to the Purchaser by Ofwat whose scope is for supply of 204,700 meters that are capable of connecting via Vodafone UK NB-IoT Network. All meters have to be installed and operational by March 2025. Additional meters may be funded through other Purchaser programs and asset management plans (AMP)
two.2) Description
two.2.1) Title
Supply of In-Line Meters, NB-Iot Radio Modules (LCE) and associated Head End System
Lot No
1b
two.2.2) Additional CPV code(s)
- 38421100 - Water meters
- 38550000 - Meters
- 65500000 - Meter reading service
- 72322000 - Data management services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Thames Valley & London
two.2.4) Description of the procurement
The supply of In-Line Smart Water Meters (SWM) including Local Communication Equipment (LCE) and Head End System (HES) to support collection of meter data information (AMR/AMI) into Thames Waters Meter Data Management System (MDMS) enabling on going operational management of meters and LCE deployed over a LPWA network employing NB-IoT.
It is estimated that during the initial term up to 26,500 in-line meters of various sizes with an associated LCE (NB-IoT) Head End service may be purchased at an estimated contract value of £6.7million over the initial contract term and over the maximum term of the framework this could exceed £48.5 million.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £48,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8-years, with options to extend either on 1, 2, 3, 4 or 5 year increments
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
To be able to undertake a competitive tender when determining the award of a supplier to each lot and to achieve contract award by December 2023
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for an initial duration of 3 years, with options to extend either on 1, 2, 3, 4 or 5 year increments up to a maximum overall term of 8 years. Any Call off contracts for services related to the Head End System (HES) to support collection of meter data information (AMR/AMI) into the Thames Water Meter Data Management System (MDMS) is required for the life time of the Smart Water Meters (SWM), which are estimated at between 10 and 12 years, this being the life of the Smart Water Meters. The call off contracts may therefore be required for the lifetime duration of assets following installation of the last SWM at the end of the 8-year framework term
two.2.14) Additional information
The business objective of this agreement during the initial term is defined by Green Economic Recovery (GER) funding made available to the Purchaser by Ofwat whose scope is for supply of 204,700 meters that are capable of connecting via Vodafone UK NB-IoT Network. All meters have to be installed and operational by March 2025. Additional meters may be funded through other Purchaser programs and Asset Management Plans (AMP)
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the PQQ
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As detailed in section VI.3 and the PQQ
three.1.6) Deposits and guarantees required
Bonds and/or parent company guarantees of performance and financial standing may be required
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Specified in Invitation to Negotiate Document
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Consortia may be required to form a legal entity prior to award
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the ITN
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements, provide justification for any duration exceeding 8 years:
Any agreement awarded would be for an initial duration of 3 years, with options to extend either on 1,2,3,4 or 5 year increments up to a maximum overall term of 8 years. Any Call off contracts for services related to the Head End System (HES) to support collection of meter data information (AMR/AMI) into the Thames Water Meter Data Management System (MDMS) is required for the life time of the Smart Water Meters (SWM), which are estimated at between 10 and 12 years, this being the life of the Smart Water Meters. The call off contracts may therefore be required for the lifetime duration of assets following installation of the last SWM at the end of the 8-year framework term
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 July 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3-8 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in
Section I.3 (www.thameswater.co.uk/procurement)
From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.
If the project requires it, you will receive an additional and separate survey to complete for Data Protection.
Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited
Reading
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)